SOLICITATION NOTICE
39 -- REPAIR OF 75 TON ALASKA MARINE CRANE MODEL 85-75T
- Notice Date
- 3/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-13-Q-0033
- Response Due
- 3/25/2013
- Archive Date
- 5/18/2013
- Point of Contact
- SIERRA S. MARSHALL, 901-544-3614
- E-Mail Address
-
USACE District, Memphis
(sierra.s.marshall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-13-Q-0033 and is being issued as a Request for Quote (RFQ). This acquisition is being issued as UNRESTRICTED. The associated NAICS code is 811310 with $7.0M size standard. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/SPECIFICATIONS: Contractor shall furnish all labor, materials, tools, equipment, services, transportation, taxes, temporary equipment, structure and payment of all cost incidental and necessary in order to complete the work required for the repair/service of an 75 ton Alaska Marine Crane - Model #85-75T - Serial #: 7R117 The following description of work to the Alaska Marine Crane includes but is not limited to: Contractor shall remove on site two (2) lifting cylinders and one (1) boom extension cylinder for a total of three (3) cylinders. Cylinders are to be transported by the Contractor to their facility to reseal, hone tubes, replace all bearings and test. Items are to be reinstalled on the Alaska Marine Crane and tested. Contractor will supply Crane and Operator for removal, loading, unloading and installation. For any unforeseen repairs, parts and labor such as cylinder rods, tubes, pistons, glands and valves, the Contractor shall notify the Contracting Officer prior to any additional work performed. Contractor shall provide parts warranty in accordance with industry standard upon completion of the job, for a minimum one (1) year from the date of installation. The work will be performed at Ensley Engineering Yard, 2915 Riverport Rd. Memphis, TN 38109. Normal business hours at Ensley Engineering Yard are 0700-1500 Monday through Thursday and 0700-1400 Friday. Point of Contact will be Arkelious Benton - 901-288-3958 or James Wilson - 901-785-3250 SITE VISIT: Site Visit is scheduled for Thursday, March 21, 2013 @ 10:00 AM CST. The point of contact for the site visit is Sierra Marshall (901) 544-3614 or email sierra.s.marshall@usace.army.mil. If you plan on attending please contact Sierra Marshall no later than Wednesday, March 20, 2013 NLT 1:00pm so that your name can be added to the roster. Site Visit will take place at Ensley Engineering Yard, 2915 Riverport Rd. Memphis, TN 38109. DELIVERIES Deliveries - Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, all work must be completed within 30 days after award and must be coordinated with the following personnel: Primary - Arkelious Benton 901-288-3958 cell arkelious.d.benton@usace.army.mil SUBMISSION REQUIREMENTS Contractors shall submit quote on company letterhead to include pricing for the requested service, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-99 - System for Award Management Registration, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation of technical capability (technician certification, completion date) and price with technical capability being significantly more important than price; FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for the Maintenance, Calibration, or Repair of Certain Equipment Certification; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III, and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 25 March 2013 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-13-Q-0033 addressed to Sierra Marshall, Phone (901) 544-3614, Fax (901) 544-3710, email: sierra.s.marshall@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-13-Q-0033/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03015868-W 20130321/130319235833-4d3c1d0f1090988255d4c520e23464f1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |